Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

R -- INSTALLATION ENVIRONMENTAL PROGRAM COMPREHENSIVE SUPPORT SERVICES AT MULTIPLE ARMY INSTALLATIONS - Package #1

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-18-R-EE02
 
Archive Date
1/23/2018
 
Point of Contact
Javelin Carouthes, Phone: 2104662137
 
E-Mail Address
javelin.m.carouthers.civ@mail.mil
(javelin.m.carouthers.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought 12 Dec 2017 Draft PWS 7 Dec 2017 SOURCES SOUGHT SYNOPSIS This is a Sources Sought announcement ONLY ; no solicitation exists at this time. In response to the Department of Defense (DoD) and Department of the Army (DA) Performance-Based Acquisition (PBA) initiative, the U.S. Army Mission and Installation Contracting Command (MICC) is seeking information on sources that provide comprehensive technical and program support for addressing the requirements of the Army Environmental Conservation, Compliance and Cleanup Program services. The U.S. Government desires to procure the comprehensive technical and program support services on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on FedBizOpps.gov. It is the responsibility of potential offerors to monitor FedBizOpps.gov for additional information pertaining to this requirement. The anticipated NAICS code is 541620, Environmental Consulting Services, Size Standard of $15 million. This requirement is anticipated to be procured as a single award ID/IQ contract with the majority of the task orders issued as a Firm Fixed Price (FFP) with a cost contract line item number (CLIN) for travel. The Contract is anticipated starting July 2018 with a 60 month ordering period. Due to conflict of interest concerns, the Government anticipates exclusion from consideration for award all Environmental Remediation Multiple Award (ERMA) IDIQ and ERMA Jr. IDIQ participants and all US Army Corps of Engineers (USACE)contractors performing similar activities under USACE contracts. A formal description of any groups of entities prohibited from being considered for award will be provided under a Section L clause in the resulting solicitation. Attached is a DRAFT Performance Work Statement (PWS) dated 7 Dec 2017. Please note that this is a DRAFT and is attached for reference only. The C ontract will support the Army’s environmental compliance, conservation and cleanup program which includes broad-spectrum environmental professional support services. Task Orders issued against this IDIQ Contract may include, but are not limited to, all aspects of CERCLA, RCRA corrective action, military munitions response activities, and compliance and conservation regulations and requirements. Documentation submitted in response to this notice is due 8 Jan 2018, 1700 (CST). Response shall not exceed 5 pages (8 1 /2 X 11 ). Bulleted responses are acceptable. P lease provide the following: 1. A discussion of your ability to perform the above stated efforts, experience in working with Federal compliance, conservation, and cleanup programs (particularly DoD) associated with environmental permits, plans, the restoration of ground and surface water, the handling and disposition of hazardous, toxic and radioactive waste (HTRW), the detection and remediation of munitions and explosives of concern (MEC), the ability to address commingled MEC, Munitions Constituents (MC), and HTRW during all phases of the C E R C LA and RCRA processes, and experience in achieving site closeout with appropriate Federal, state and local environmental cleanup requirements under a fixed price contractual arrangement. 2. To facilitate in making a capability determination, provide a brief outline of past performance/previous experience (within the past 5 years) on similar type work (i.e., permits, plans, professional services support, etc.) to include dollar value, Contracting Organization, Contract number, prime or subcontract designation, type of work involved, complexity, timeframe, and government or commercial, as well as address the following: Corporate experience managing professional services support at multiple Army or DoD installations; Corporate experience conducting and overseeing all aspects of technical and a dministrative work described above, on contracts that exceed $5 million in value; Corporate experience utilizing Army environmental databases; Demonstrated experience working on large, active federal i nstallations; and Corporate experience developing compliance plans and permits. 3. Information to help determine if the environmental cleanup, conservation and compliance support services requirement is commercially available, including pricing information, basis for the pricing information ( e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified services. In addition to the 5-page documentation stated above, in the cover letter to this response please provide the Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Your package shall be received by the MICC Environmental Division, not later than 8 January 2018, 1700 CST. All documentation shall be forwarded to ALL of the following: Veronica Romero, Contracting Officer, veronica.a.romero.civ@mail.mil ; Javelin M. Carouthers, Contract Specialist, javelin.m.carouthers.civ@mail.mil ; and Joanna B. Cox, Contract Specialist, joanna.b.cox.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a95c810b0015f5cbb168e4c0766bd1c)
 
Place of Performance
Address: 2450 Connell Road, Fort Sam Houston,, Texas, 78234-7664, United States
Zip Code: 78234-7664
 
Record
SN04774377-W 20171223/171221231735-5a95c810b0015f5cbb168e4c0766bd1c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.